Award

BLC0250 National Blue Light E-Commercial System

BLUELIGHT COMMERCIAL LIMITED

This public procurement record has 5 releases in its history.

Award

19 Feb 2026 at 17:48

TenderUpdate

03 Oct 2025 at 08:34

Tender

01 Oct 2025 at 14:20

Planning

25 Apr 2025 at 10:59

Planning

28 Feb 2025 at 11:08

Summary of the contracting process

BLUELIGHT COMMERCIAL LIMITED has successfully completed the procurement process for the "National Blue Light E-Commercial System". Acting as the contracting authority, BLUELIGHT COMMERCIAL LIMITED, located in London, aims to deliver a comprehensive e-commercial system that is extensively utilised by police forces and fire and rescue services across the UK. The procurement was conducted under the competitive flexible procedure, which is an open method allowing for an extensive range of suppliers to participate. The awarded contract, valued at approximately £8,652,920, will span an initial period of four years, with potential extensions up to eight years. The standstill period for this award is scheduled to conclude on 2 March 2026, with the contract commencing from 4 March 2026. This procurement falls under the service industry category, particularly focusing on software and IT consulting services targeting public sector organisations across the UK.

This contract represents significant growth potential for businesses specialising in software and IT services, particularly those offering innovative solutions for public sector bodies. The National Blue Light E-Commercial System is intended to enhance the management of commercial pipelines, procurement, and contract management activities within police and associated public sector organisations. Businesses that are technologically adept, preferably small to medium enterprises (SMEs) with capabilities in software development for commercial systems, are well-suited to compete and benefit from this opportunity. The awarded supplier, ATAMIS LTD, which qualifies as an SME, is illustrative of the type of business that successfully secured the contract through this procurement process. The contract allows for flexible procurement methods and includes a renewal option, making this a strategic opportunity for companies seeking long-term engagement with public authorities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

BLC0250 National Blue Light E-Commercial System

Notice Description

BlueLight[CW1.1] Commercial (BLC) acted as the Contracting Authority for the procurement of this national functional E-Commercial System. To support their procurement activities, Blue Light organisations require a National E-Commercial system. The procured system will enable national Police commercial communities and other public sector bodies (namely Fire and Rescue Services) across England, Wales, Scotland and Northern Ireland to manage their commercial pipeline, procurement and contract management activities. The procured system is intended for use by Police forces but is also made available to Fire and Rescue Services across England, Wales, Scotland and Northern Ireland. A list of those organisations is provided below: Police Contracting Authorities (as defined in the Public Contracts Regulations 2015 as updated and amended and any superseding legislation) that fall under one of more of the following categories and classes (including any statutory successor as a result of statutory reorganisation or otherwise) are able to be onboarded to this Contract where possible, links to these contracting authorities have been provided below and we recognise that the information within these links may be updated from time to time. Chief Constables and/or Police and Crime Commissioners (as defined by Chapter 1 and 2 of the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests. Police, Fire and Crime Commissioners (as introduced by the Policing and Crime Act 2017). Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and / or fire within a combined authority (as defined below) For a full list go to: https://www.police.uk/forces MOD Police: http://www.mod.police.uk/ Police Service of Northern Ireland information at: http://www.psni.police.uk/ Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including: Gibraltar information at: https://www.police.gi Cyprus information at: https://www.sbaadministration.org/ Channel Islands information at: https://jersey.police.uk, https://guernsey.police.uk Isle of Man information at: https://www.iompolice.im British Transport Police information at: Home | British Transport Police (btp.police.uk) Civil Nuclear Constabulary information at: Civil Nuclear Constabulary - GOV.UK (www.gov.uk) Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015: https://www.fiu.je Police Scotland, information at: http://www.scotland.police.uk/ UK Fire and Rescue Services (including Scotland, Wales and Northern Ireland): - Joint Authorities established under Part IV of the Local Government Act 1985: http://www.fireservice.co.uk/information/ukfrs Fire England: Fire England: Home Welsh Fire and Rescue: Mid and West Wales, North Wales and South Wales Scottish Fire and Rescue: http://www.dontgivefireahome.com/fire_safety/1347.html Northern Ireland Public Sector Bodies and Local Authorities: http://www.northernireland.gov.uk/az2.htm National Fire Chief's Council: Fire and Rescue Services - NFCC Home Office, including their associated agencies and non-departmental public bodies: https://www.gov.uk/government/organisations/home-office Ministry of Justice, including their associated agencies and non-departmental public bodies: Ministry of Justice - GOV.UK (www.gov.uk) Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Foreign, Commonwealth & Development Office - GOV.UK (www.gov.uk) Department for Work and Pensions, including their associated agencies and non-departmental public bodies: Department for Work and Pensions - GOV.UK (www.gov.uk) Department for Business and Trade, including their associated agencies and non-departmental public bodies: Department for Business and Trade - GOV.UK (www.gov.uk) Department for Environment Food and Rural Affairs, including their associated agencies and non-departmental public bodies: Department for Environment, Food & Rural Affairs - GOV.UK (www.gov.uk) For details of agencies and public bodies visit GOV.UK (www.gov.uk) Association of Police and Crime Commissioners (APCC): https://www.apccs.police.uk/ National Police Chiefs' Council: npcc.police.uk College of Policing: Leadership. Standards. Performance. | College of Policing Fire Service College: Home (fireservicecollege.ac.uk) Border Force: Border Force - GOV.UK (www.gov.uk) National Highways (Highways Agency): http://highways.gov.uk Association of Inshore Fisheries and Conservation Authorities: Association of Inshore Fisheries and Conservation Authorities (association-ifca.org.uk) Independent Office for Police Conduct (IOPC): https://www.policeconduct.gov.uk/ Organisations set up under the Crime and Courts Act 2013 BlueLight Commercial membership is available to any Bluelight organisation therefore the Contract will also be open to any Public Sector Organisation who signs up to the BlueLight Commercial membership terms. BLC will enter into the contract with the successful bidder and Police Forces and Fire and Rescue Services may then request the allocation of licenses through BLC for their use of the e-commercial system. The awarded value set out in section 5 of this notice represents the contract value of the most advantageous tender and includes the for the extended period of the agreement (8 years) for a total of 1572 initial licenses. The number of the licenses required may increase or decrease subject to the number of contracting authorities who wish to procure through BLC's contract with the successful bidder.

Lot Information

Lot LOT-0001

Renewal: The Contract Term shall be for an initial period of 4 years with the option to extend up to a maximum of 8 years in periods agreed by both parties

Planning Information

We wish to invite suppliers to a 1-2-1 virtual sessions via Microsoft Teams with our project team, further details around the market engagement can be found by expressing an interest via our e-tendering portal at https://sell2.in-tend.co.uk/blpd/publictenders keyword search "BLC0250". PLEASE NOTE: It is free to Register on this portal and access the information.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e88b
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015460-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£4,000,000 £1M-£10M
Lots Value
£4,000,000 £1M-£10M
Awards Value
£8,651,920 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
19 Feb 20263 days ago
Submission Deadline
4 Nov 2025Expired
Future Notice Date
6 Jun 2025Expired
Award Date
19 Feb 20264 days ago
Contract Period
4 Mar 2026 - 3 Mar 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BLUELIGHT COMMERCIAL LIMITED
Contact Name
Leigh Robinson
Contact Email
e-procurement@bluelight.police.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 3JS
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

ATAMIS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e88b-2026-02-19T17:48:41Z",
    "date": "2026-02-19T17:48:41Z",
    "ocid": "ocds-h6vhtk-04e88b",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-12517649",
            "name": "BLUELIGHT COMMERCIAL LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "12517649"
            },
            "address": {
                "streetAddress": "Lower Ground 5-8 The Sanctuary",
                "locality": "London",
                "postalCode": "SW1P 3JS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Leigh Robinson",
                "email": "e-procurement@bluelight.police.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    },
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "http://www.bluelightcommercial.police.uk/"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHNR-1637-NVGV"
                }
            ]
        },
        {
            "id": "GB-COH-06998952",
            "name": "ATAMIS LTD",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06998952"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PHQM-7586-QVHX"
                }
            ],
            "address": {
                "streetAddress": "The Pavilions, Bridgwater Road",
                "locality": "Bristol",
                "postalCode": "BS13 8FD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "accounts@atamis.co.uk"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "url": "http://www.atamis.co.uk",
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-12517649",
        "name": "BLUELIGHT COMMERCIAL LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We wish to invite suppliers to a 1-2-1 virtual sessions via Microsoft Teams with our project team, further details around the market engagement can be found by expressing an interest via our e-tendering portal at https://sell2.in-tend.co.uk/blpd/publictenders keyword search \"BLC0250\". PLEASE NOTE: It is free to Register on this portal and access the information.",
                "dueDate": "2025-03-07T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "007487-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007487-2025",
                "datePublished": "2025-02-28T11:08:50Z",
                "format": "text/html"
            },
            {
                "id": "016990-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/016990-2025",
                "datePublished": "2025-04-25T11:59:40+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "BLC0250",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "BLC0250 National Blue Light E-Commercial System",
        "description": "BlueLight[CW1.1] Commercial (BLC) acted as the Contracting Authority for the procurement of this national functional E-Commercial System. To support their procurement activities, Blue Light organisations require a National E-Commercial system. The procured system will enable national Police commercial communities and other public sector bodies (namely Fire and Rescue Services) across England, Wales, Scotland and Northern Ireland to manage their commercial pipeline, procurement and contract management activities. The procured system is intended for use by Police forces but is also made available to Fire and Rescue Services across England, Wales, Scotland and Northern Ireland. A list of those organisations is provided below: Police Contracting Authorities (as defined in the Public Contracts Regulations 2015 as updated and amended and any superseding legislation) that fall under one of more of the following categories and classes (including any statutory successor as a result of statutory reorganisation or otherwise) are able to be onboarded to this Contract where possible, links to these contracting authorities have been provided below and we recognise that the information within these links may be updated from time to time. Chief Constables and/or Police and Crime Commissioners (as defined by Chapter 1 and 2 of the Police Reform and Social Responsibility Act 2011) and/or the Police Authorities (as defined in the Police Act 1964, Police Act 1996, Serious Organised Crime and Police Act 2005, Police and Justice Act 2006, Police, Public Order and Criminal Justice (Scotland) Act 2006), and other relevant legislation for the constituent parts of the United Kingdom, for their respective rights and interests. Police, Fire and Crime Commissioners (as introduced by the Policing and Crime Act 2017). Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and / or fire within a combined authority (as defined below) For a full list go to: https://www.police.uk/forces MOD Police: http://www.mod.police.uk/ Police Service of Northern Ireland information at: http://www.psni.police.uk/ Police Forces of British Overseas Territories, British Sovereign Base Areas and British Crown Dependencies including: Gibraltar information at: https://www.police.gi Cyprus information at: https://www.sbaadministration.org/ Channel Islands information at: https://jersey.police.uk, https://guernsey.police.uk Isle of Man information at: https://www.iompolice.im British Transport Police information at: Home | British Transport Police (btp.police.uk) Civil Nuclear Constabulary information at: Civil Nuclear Constabulary - GOV.UK (www.gov.uk) Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015: https://www.fiu.je Police Scotland, information at: http://www.scotland.police.uk/ UK Fire and Rescue Services (including Scotland, Wales and Northern Ireland): - Joint Authorities established under Part IV of the Local Government Act 1985: http://www.fireservice.co.uk/information/ukfrs Fire England: Fire England: Home Welsh Fire and Rescue: Mid and West Wales, North Wales and South Wales Scottish Fire and Rescue: http://www.dontgivefireahome.com/fire_safety/1347.html Northern Ireland Public Sector Bodies and Local Authorities: http://www.northernireland.gov.uk/az2.htm National Fire Chief's Council: Fire and Rescue Services - NFCC Home Office, including their associated agencies and non-departmental public bodies: https://www.gov.uk/government/organisations/home-office Ministry of Justice, including their associated agencies and non-departmental public bodies: Ministry of Justice - GOV.UK (www.gov.uk) Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Foreign, Commonwealth & Development Office - GOV.UK (www.gov.uk) Department for Work and Pensions, including their associated agencies and non-departmental public bodies: Department for Work and Pensions - GOV.UK (www.gov.uk) Department for Business and Trade, including their associated agencies and non-departmental public bodies: Department for Business and Trade - GOV.UK (www.gov.uk) Department for Environment Food and Rural Affairs, including their associated agencies and non-departmental public bodies: Department for Environment, Food & Rural Affairs - GOV.UK (www.gov.uk) For details of agencies and public bodies visit GOV.UK (www.gov.uk) Association of Police and Crime Commissioners (APCC): https://www.apccs.police.uk/ National Police Chiefs' Council: npcc.police.uk College of Policing: Leadership. Standards. Performance. | College of Policing Fire Service College: Home (fireservicecollege.ac.uk) Border Force: Border Force - GOV.UK (www.gov.uk) National Highways (Highways Agency): http://highways.gov.uk Association of Inshore Fisheries and Conservation Authorities: Association of Inshore Fisheries and Conservation Authorities (association-ifca.org.uk) Independent Office for Police Conduct (IOPC): https://www.policeconduct.gov.uk/ Organisations set up under the Crime and Courts Act 2013 BlueLight Commercial membership is available to any Bluelight organisation therefore the Contract will also be open to any Public Sector Organisation who signs up to the BlueLight Commercial membership terms. BLC will enter into the contract with the successful bidder and Police Forces and Fire and Rescue Services may then request the allocation of licenses through BLC for their use of the e-commercial system. The awarded value set out in section 5 of this notice represents the contract value of the most advantageous tender and includes the for the extended period of the agreement (8 years) for a total of 1572 initial licenses. The number of the licenses required may increase or decrease subject to the number of contracting authorities who wish to procure through BLC's contract with the successful bidder.",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "mainProcurementCategory": "services",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "LOT-0001",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00+00:00",
                    "endDate": "2030-03-01T23:59:59+00:00",
                    "maxExtentDate": "2034-03-01T23:59:59+00:00"
                },
                "status": "complete",
                "value": {
                    "amountGross": 4800000,
                    "amount": 4000000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "Award Criteria: Stage 1 - ITT Technical 40%, Social Value 10%, Price 30% Award Criteria: Stage 2 - Demonstration 20% Further information has been provided within the tender documentation.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Award Criteria: Stage 1 - ITT Technical 40%, Social Value 10%, Price 30% Award Criteria: Stage 2 - Demonstration 20% Further information has been provided within the tender documentation."
                        },
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "Award Criteria: Stage 1 - ITT Technical 40%, Social Value 10%, Price 30% Award Criteria: Stage 2 - Demonstration 20% Further information has been provided within the tender documentation."
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract Term shall be for an initial period of 4 years with the option to extend up to a maximum of 8 years in periods agreed by both parties"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-06T23:59:59+01:00"
        },
        "status": "complete",
        "value": {
            "amountGross": 4800000,
            "currency": "GBP",
            "amount": 4000000
        },
        "procurementMethodDetails": "Competitive flexible procedure",
        "aboveThreshold": true,
        "procurementMethod": "open",
        "procedure": {
            "features": "Stage 1 - Tender Stage 80% Conditions of Participation - this is a series of Pass/Fail questions relating to the requirement of the procurement. Gateway Technical Questions - this is a series of technical Pass/Fail questions relating to the services required. ITT Technical Questions - 40% - this is completion of the Response to Tender document consisting of questions relating to Technical , Implementation, Contract Management & Support, IT Technical and Cyber Social Value - 10% - this is the completion of the Response to Tender document consisting of questions relating to Social Value. Price - 30& - this is the completion of the Pricing Schedule which is based on a schedule of costs for the services required. The 3 highest scoring bidders will progress to Stage 2 of the procurement Process. Stage 2 - Demonstration - 20% The Demonstration Stage consists of a set of scenario based demonstrations. A Demonstration document has been published with the full suite of tender documentation to aid understanding. The Demonstration score will be added to the score from Stage 1 to form the Total Score to identify the Highest Scoring Bidder to be awarded the contract."
        },
        "submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-04T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-28T17:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-16T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Please search for reference BLC0250-National Blue Light E-Commercial System",
                "url": "https://sell2.in-tend.co.uk/blpd/home"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "061418-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061418-2025",
                "datePublished": "2025-10-01T15:20:05+01:00",
                "format": "text/html"
            },
            {
                "id": "061979-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/061979-2025",
                "datePublished": "2025-10-03T09:34:36+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Detailed in the Form of Contract Terms and Conditions."
        },
        "riskDetails": "Detailed in the Form of Contract Terms and Conditions."
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-06998952",
                        "name": "ATAMIS LTD"
                    }
                ],
                "relatedLots": [
                    "LOT-0001"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "LOT-0001"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "LOT-0001"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "LOT-0001"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "LOT-0001"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-02-19T00:00:00Z",
            "value": {
                "amountGross": 10382304,
                "amount": 8651920,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-06998952",
                    "name": "ATAMIS LTD"
                }
            ],
            "items": [
                {
                    "id": "LOT-0001",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "48000000",
                            "description": "Software package and information systems"
                        },
                        {
                            "scheme": "CPV",
                            "id": "72000000",
                            "description": "IT services: consulting, software development, Internet and support"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "LOT-0001"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-02T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-04T00:00:00Z",
                "endDate": "2030-03-03T23:59:59Z",
                "maxExtentDate": "2034-03-03T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The Contract Term shall be for an initial period of 4 years with the option to extend up to a maximum of 8 years in periods to be agreed by both parties."
            },
            "relatedLots": [
                "LOT-0001"
            ],
            "documents": [
                {
                    "id": "015460-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015460-2026",
                    "datePublished": "2026-02-19T17:48:41Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-19T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-04T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}